Green Peter Dam Spawning Surveys 2025
ID: W9127N25Q14INType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SPECIAL STUDIES/ANALYSIS- ANIMAL/FISHERIES (B516)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for a contract to conduct Spring Chinook Salmon spawning surveys above Green Peter Dam from May 2025 to April 2026. The contractor will be responsible for collecting biological data through weekly spawning surveys, carcass counts, and comprehensive reporting to support salmon conservation efforts. This initiative is crucial for wildlife management and ecological sustainability, ensuring compliance with federal regulations regarding endangered species. Interested small businesses must submit their quotes by April 21, 2025, and are required to have active registration in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Rattiya Oaks at rattiya.p.oaks@usace.army.mil or Justin Figueredo at Justin.F.Figueredo@usace.army.mil.

    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for a contract involving spawning surveys of Spring Chinook salmon above Green Peter Dam in Oregon. The contract is a firm-fixed price for a period of 12 months, requiring the Contractor to provide necessary personnel, equipment, and materials, and adhere to local, state, and federal regulations. Key tasks include creating a study/work plan, conducting spawning surveys, performing carcass sampling, and delivering reports. The Contractor must detail their planned activities, including the personnel involved, objectives, and a schedule for field surveys. Surveys will assess salmon abundance, distribution, and spawning behavior primarily in Quartzville Creek and the Middle Santiam River, conducted using both boat and foot methods. The results will then be analyzed and reported monthly to the contracting officer’s representative (COR). Performance standards emphasize the importance of quality and adherence to the PWS, with specific metrics defined for each task. The project timeline establishes critical milestones leading to a final report and presentation by April 30, 2026. Additionally, the document highlights compliance with various regulations, including veterans' employment initiatives and metadata documentation standards, emphasizing the necessity for rigorous project coordination and communication among stakeholders.
    The document outlines a performance work statement for a service contract focusing on conducting spring Chinook salmon spawning surveys above Green Peter Dam in Quartzville Creek and the Middle Santiam River. The contract, intended to last for 12 months and priced as a Firm-Fixed Price (FFP), mandates that the contractor provide necessary resources and comply with relevant regulations. Key tasks include submitting a detailed study/work plan, executing spawning surveys to count salmon and observe redds, performing carcass sampling to collect biological data, and compiling a final report with findings. The contractor is required to ensure data collection methods align with prior standards used by the Oregon Department of Fish and Wildlife. Additionally, the contractor must provide monthly updates, attend relevant meetings, and deliver final presentations. The performance is subject to strict quality assurance measures, ensuring the government receives expected outcomes. Overall, the document emphasizes aquatic resource management and regulatory compliance in ecological studies.
    The document discusses a series of federal and local requests for proposals (RFPs) and grants aimed at various governmental projects. It emphasizes the significance of these RFPs in facilitating funding for projects that enhance public services and infrastructure. Key aspects include the processes for submitting proposals, eligibility criteria for applicants, and the evaluation framework used by government agencies to assess proposals. Furthermore, the document outlines essential guidelines for compliance with local regulations and standards, which applicants must adhere to when submitting their bids. By providing a structured approach to accessing funding, these RFPs play a critical role in advancing community development initiatives and ensuring the effective utilization of federal resources in local jurisdictions. The emphasis on clear communication and detailed documentation suggests a focus on transparency and accountability in the grant allocation process.
    The document outlines the Spawning Surveys for Quartzville Creek and the Middle Santiam River under the federal RFP W9127N24F0021. It consists of several components including a Study Plan/Work Plan, Spawning Surveys, Carcass Sampling, and Reporting, Database, & Presentation. Although the total budget is currently indicated as $0.00, the tasks reflect a structured approach to assessing fish populations in these waterways. The primary focus is on evaluating spawning activity and collecting data to inform conservation efforts. Each task is crucial for understanding the health of aquatic ecosystems, particularly in relation to salmonid species. This RFP serves to engage contractors in scientific research that supports ecological management and policy development within these critical river systems, aligning with federal and state environmental objectives.
    The Oregon Department of Fish and Wildlife's report outlines compliance monitoring efforts for the 2008 Willamette Project Biological Opinion concerning spring Chinook salmon and winter steelhead populations in the Upper Willamette River. Funded by the U.S. Army Corps of Engineers, the project evaluates the impacts of hatchery practices on wild salmonid populations, documenting adult returns, spawn timing, and the health of naturally spawning populations. Key tasks include assessing spawner abundance, tracking broodstock characteristics, and monitoring outplanting efforts above dams. Results indicate that hatchery fish comprise a significant portion of the population returning to spawn, with estimated figures showing 78%-82% hatchery origin. The report stresses the need for ongoing monitoring of hatchery practices to balance conservation goals while ensuring harvest objectives are met. Overall, the findings are essential for maintaining compliance with federal regulations regarding endangered species and for informing future hatchery management decisions in the region.
    The document outlines various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses that are integral to contracts with the federal government. It provides information on applicable clauses by referencing their titles, effective dates, and specific deviations where applicable. Key clauses include maintenance requirements for the System for Award Management, prohibitions on contracting with certain entities, and regulations regarding small business subcontracting limits. The document emphasizes the contractor's obligations to comply with federal laws and executive orders, particularly those pertaining to ethics, labor standards, and equal opportunity for small business concerns, including those owned by veterans and women. Additionally, it describes the procedures for contractor representations and certifications related to commercial products and services, ensuring transparency and compliance in government contracting processes. The overall aim is to ensure that contractors are aware of their legal responsibilities, thereby fostering fair and ethical business practices within government procurements.
    The U.S. Army Corps of Engineers is soliciting bids for a contract to conduct Spring Chinook Salmon spawning surveys above Green Peter Dam from May 2025 to April 2026. This Request for Quotes (RFQ) outlines the need for a contractor to collect biological data, including weekly spawning surveys, carcass counts, and reporting, to support salmon conservation efforts. The contract will include tasks such as developing a study plan, conducting the surveys, sampling carcasses, and presenting findings at scientific reviews. This solicitation is set aside for small businesses, with a budget maximum of $19.5 million, and requires bidders to have active registration in the System for Award Management (SAM). Offerors must demonstrate relevant experience in similar projects and provide detailed pricing for the services outlined. Evaluation factors include past experience and proposed pricing, with submissions due by April 21, 2025. Overall, this initiative highlights the government’s commitment to wildlife management and ecological sustainability while ensuring compliance with federal acquisition regulations.
    The document addresses a Q&A regarding the Request for Proposal (RFP) W9127N25Q14IN, which pertains to Spring Chinook Salmon Spawning Surveys above Green Peter Dam for the year 2025. It clarifies that a current National Institute of Standards and Technology (NIST) score, recorded in the Supplier Performance Risk System (SPRS) within the last three years, is acceptable to meet requirements outlined in DFARS 252.204-7019(b). If the offeror needs to implement NIST SP 800-171 standards, they must possess a valid assessment relevant to the offer or any contract-related undertaking, with details available through the provided NIST link. This emphasizes the importance of compliance with cybersecurity frameworks to ensure the integrity of information systems involved in government contracting. Overall, the document is part of procedures that ensure contractors are capable of safeguarding sensitive information while participating in federal projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    38--OR-WILLAMETTE VLY NWR-EXCAVATOR GRAPPLE
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to provide a 3X4 Hydraulic Dangle Head Rotating Grapple for the William L. Finley National Wildlife Refuge in Corvallis, Oregon. This procurement is a total small business set-aside and requires the grapple to meet specific salient characteristics, including compatibility with a Volvo EC140E Excavator, and to be delivered within 90 days of contract award. The grapple will be utilized for forestry, logging, and land-clearing operations, highlighting its importance in maintaining the refuge's ecological integrity. Quotes are due by December 22, 2025, and must be submitted to Marshall Richard via email; interested parties must also be registered with SAM.gov to be eligible for consideration.
    Rotary Screw Trap
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    John Day Transportation and Site Access
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking construction firms to submit proposals for the John Day Transportation and Site Access project at the John Day Lock and Dam in Sherman County, Oregon. The project involves designing and constructing transportation and site access improvements, including a new public access road, modifications to the existing road, additional contractor staging space, and various new buildings to support future turbine rewind and generator replacement activities. This initiative is crucial for enhancing access for heavy equipment and improving safety and traffic flow for employees, contractors, and visitors. Interested firms should note that the solicitation is expected to be released on or about December 15, 2025, with proposals due around January 19, 2026. The estimated project cost ranges from $10 million to $25 million, and inquiries can be directed to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project focuses on implementing automated systems to improve the accountability and monitoring of approximately 400,000 gallons of oil used in various equipment, thereby minimizing potential oil releases into the Columbia River and fulfilling environmental compliance requirements. The contract value is estimated between $1,000,000 and $5,000,000, with proposals due by December 15, 2025, at 11:00 AM PST, and a mandatory site visit scheduled for December 3, 2025. Interested parties can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further information.
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project aims to dredge the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This dredging is critical for ensuring safe navigation in an area known for significant hazards due to shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work expected to commence in summer 2026. For further details, including submission instructions, please contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.
    FY26 Willapa Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Seattle District, is preparing to solicit bids for the FY26 Willapa Harbor Maintenance Dredging project in Washington. This project involves the mechanical dredging of approximately 180,000 cubic yards of sediment from three federal navigation features in Willapa Bay, with work expected to commence in July 2026 and conclude by February 15, 2027. The dredged material will be disposed of at designated open-water locations, and contractors should be aware of the challenging marine conditions and potential risks associated with the project. Interested parties can reach out to Geraldine L. Kemp or Kimberly M. Robinson for further inquiries, and the estimated contract value ranges between $5 million and $10 million. Contractors must be registered in the System for Award Management (SAM) prior to contract award.
    Camas Prairie Fence
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Camas Prairie Fence project located in Mount Hood National Forest, Oregon. The objective of this procurement is to replace an ineffective fence to exclude cattle and protect endangered frog species, involving tasks such as clearing land, removing existing fences, and constructing new four-strand barbed wire fences, with completion required by June 1, 2026. This project is crucial for the conservation of biological resources and the management of livestock grazing in sensitive areas. Interested vendors must submit their quotes by January 16, 2026, at 1600 Pacific Standard Time, using the updated solicitation document, and can direct technical inquiries to Eamonn Mazur or contact Darcy J Rapoza at darcy.rapoza@usda.gov for further information.
    A-E Topography and Photogrammetry Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking qualified small businesses to provide architect-engineering services for Topography and Photogrammetry. The procurement aims to fulfill a requirement for professional surveying services, including land surveying, topographic mapping, and specialized aerial and hydrographic surveys, under the supervision of a licensed Professional Land Surveyor. This initiative is crucial for supporting various engineering and real property projects, ensuring accurate data collection and analysis for infrastructure development. Interested firms must submit their qualifications and relevant project experience by January 5, 2026, at 3:00 PM Pacific Time, to David Cook and Alicia Evans via the provided email addresses.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.
    2026-2028 Dillingham Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the 2026-2028 Dillingham Harbor Maintenance Dredging project in Dillingham, Alaska. This contract requires the contractor to perform maintenance dredging, manage the placement of dredged materials at a designated open-water site, and conduct pre- and post-dredge surveys, ensuring compliance with all applicable federal, state, and local regulations. The project is critical for maintaining navigability and safety in the harbor, and the contract will be awarded as a firm-fixed price, with construction wage rates applicable. Interested contractors should reach out to Jennifer Gosh at Jennifer.Gosh@usace.army.mil or George Nasif at George.G.Nasif@usace.army.mil for further details.